HomeMy WebLinkAbout1st Change Order 03/18/2026 BOARD OF COUNTY COMMISSIONERS
County of Monroe Mayor Michelle Lincohi,District 2
The Florida Keys �� Mayor Pro Tem David Rice,District 4
y � Craig Cates,District 1
�. James K.Scholl,District 3
Holly Merrill Raschein,District 5
Memorandum
DATE: 03/12/2026
TO: BOCC
Digitally signed by Kevin
�' �4y �a` — i1
FROM: Kevin G. Wilson, P.E., Assistant County Administrator ; � Date:2026 03.17
09:26:56-04'00'
Christine Digitally signed by
THRU: Christine Hurley, County Administrator Christine Hurley
H u rl e Date:2026.03.18
Y 08:33:48-04'00'
SUBJECT: Proposed Change Order to be Approved
Attached is proposed Change Order#1 for the Cudjoe Fire Station Mold Remediation project. This
change order increases the final contract sum by$9,846.00. There are sufficient funds available in the
Facilities Management maintenance budget for this change order. Substantial Completion is increased
30 days.
Monroe County Ordinance 027-1998 and subsequent amendments provide authority for the
Administrator to approve change orders within specified limits after providing Board of County
Commissioners with at least 24 hours to review them and pose any questions or objections that they
may have.
It is the Administrator's intent to approve the attached change order under that authority after the 24-
hour BOCC notification time.
MONROE COUNTY
ENGINEERING/ FACILITIES AND PROJECT MANAGEMENT
CONTRACT CHANGE ORDER
PROJECT TITLE:
Mold Remediation Cudjoe Fire Station CHANGE ORDER NO: 01
INITIATION DATE: 03/03/2026
CONTRACT DATE: 01/29/2026
TO CONTRACTOR:
EE&G Construction & Restoration LLC
The Contract is changed as follows:
The original (Contract Sum) (Guaranteed Maximum Price)..................................... $ 27,827.00
Net change by previously authorized Change Orders.................................................... $ 0.00
The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was....... $ 27,827.00
The (Contract Sum) (Guaranteed Maximum Price)will be (increased) (decreased)
(unchanged) by this Change Order................... $ 9,846.00
The new (Contract Sum)_(Guaranteed Maximum Price) including this Change Order is. $37,673.00
The Contract Time will be (increased) (decreased) (unchanged) by........................... 30days
The date of Substantial Completion as of the date of this Change Order is ................. 03/31/2026
Detailed description of change order and justification:
Scope has been changed to use Level 4 drywall finish rather than the original Level 3 finish. The
contractor will also furnish and install ceramic tile in the bathroom area, including necessary setting
materials and grout, to match existing finishes as closely as possible or as otherwise specified.
An additional 30 days are added to the contract in order to complete this work. The previous Substantial
Completion date was 3/1/2026.
Change order is 35% of original contract price.
Not valid until signed by Owner,Architect(if applicable), and Contractor
ARCHITECT: N/A
Date
CONTRACTOR:
EE&G denstruction & Restoration LLC Date
DiN,.1 W11—D wuuam Desemie
DN:on-wuuam Desenns,o-Monroe co�nry Docq
William DeSantis en esMelntenenne,emell-de=en e.
DEPARTMENT DIRECTOR: ozos.o3°;2:-4a°.00°s
William DeSantis Date
Facilities and Project Management Director
Christine Hurley Digitally signed by Christine Hurley
COUNTY ADMINISTRATOR: Date:2026.oalg 1243:06-04'00'
Christine Hurley Date
Change Order Attachment per Ordinance No. 005-2023
• Change Order was not included in the original contract specifications. Yes ® No ❑
If Yes, explanation: A decision was made to upgrade the drywall finish and to have the tile replaced.
• Change Order was included in the original specifications. Yes ❑ No
If Yes, explanation of increase in price:
• Change Order exceeds $100,000 or 5% of contract price (whichever is greater). Yes ❑ No
If Yes, explanation as to why it is not subject for a calling for bids:
• Project architect approves the change order. Yes ❑ No
If no, explanation of why: No architect on project.
• Change Order is correcting an error or omission in design document. Yes ❑No
Should a claim under the applicable professional liability policy be made? Yes ❑ No
Explain:
uuuuyhr uuuuuui G
`8�118 9 II NE� (0'I ^� en u
orlIlb 111�pand, II�IIcird � tl 'B
Construction & Restoration, LLC �< d 3(35+ � M.. (3�11G
II �..�.,. d,,:�tl;:,G�.r,b ,�� fl..V.�o,,,Ge,.G M
March 2nd, 2026
EE&G Proposal No. 2026-2018.1
Ms. Chrissy Collins
Monroe County Public Works
123 Overseas Highway
Rockland Key, FL 33040
Coll ins-Chrissy onroeCounty-FL.Gov
Subject: Proposal for Build-Back
Cudjoe Key Fire Station #11 — Bathroom
22352 Overseas Highway
Cudjoe Key, Florida 33042
Dear Ms. Collins
EE&G Construction & Restoration LLC (EE&G) is pleased to provide you with this proposal for the subject
work. EE&G's Statement of Services and Fee Estimate are presented below:
BACKGROUND
The property located at 22352 Overseas Highway, Cudjoe Key is currently scheduled for renovation
following the removal of microbial-damaged material identified in the site visit on 1/23/26.
SCOPE OF WORK
Drywall/Baseboard Replacement
EE&G will replace remediated drywall with USG Sheetrock Brand Ultralight Panels Mold Tough, or similar,
to a Level 4 drywall finish (tape embedded in joint compound over all flat joints and interior angles, followed
by two additional coats of joint compound on flat joints and one separate coat over interior angles).
Removed or damaged baseboards will be replaced with "like" grade and finish, or existing baseboards will
be reinstalled where feasible. EE&G will also furnish and install ceramic tile in the bathroom area,
including necessary setting materials and grout, to match existing finishes as closely as possible
or as otherwise specified.
The duration of the work is anticipated to be 2-3 business days.
Project Assumptions
• The Owner will turn off the water line for EE&G to get to the impacted materials.
• EE&G will cover and protect furnishings during removal of damaged drywall. Following removal of
all damaged materials, HEPA vacuuming and damp wiping of surfaces throughout the containment
areas is recommended at the finish of the removal and cleaning processes.
• Final cleaning of the affected areas is included.
• Areas will be off limits to other workers until work is completed and containment barriers are
removed.
• The Owner will provide on-call, complete access to work areas of the building, during allowed
working hours.
Ms. Chrissy Collins
March 2nd, 2026
Page 2
• All obstructions which could impede the process shall be removed prior to EE&G mobilization,
including, but not limited to, debris, equipment, or stored items within the work areas.
• No comingling of trades during remediation activities.
FEE ESTIMATE
EE&G's lump sum fee for the above scope of work is $9,846.00.
Proposal pricing valid for 90 days from the date of proposal.
If this proposal is satisfactory, please forward to EE&G a signed PSA (attached) and/or a Purchase Order.
Fees for work performed will be invoiced upon completion as needed by the client. EE&G appreciates the
opportunity to assist you. Please call us if you have any questions regarding this proposal.
Sincerely,
177
Yadir Jimenez Robert DeVito
Project Manager Vice President of Operations
EE&G Construction & Electrical,LLC. EE&G Construction & Electrical,LLC.
Florida-Licensed Asbestos Contractor No CJC 1154179
Professional Service Agreement
EE&G Proposal No.:2026-2018.1
PROFESSIONAL SERVICES AGREEMENT BETWEEN
MONROE COUNTY PUBLIC WORKS
AND
EE&G CONSTRUCTION AND RESTORATION, LLC
This Agreement is made on this day of March 2026, by and between Monroe County Public
Works ("Client") and EE&G Construction and Restoration, LLC (EE&G).
WITNESSETH
That for the considerations set forth below, the parties hereto do agree as follows:
1. Description of Services:
EE&G's proposal#2026-2018.1 Cudjoe Key Fire Station dated March 2nd, 2026.
2. Period of Performance:
Start/Finish dates are to be announced.
3. Basis of Compensation:
EE&G's lump sum fee for the scope of work is $9,846.00.
Method of Invoicing:
The invoice will be submitted at the completion of the project.
5. Professional Retainer:
No retainer fee is requested.
6. General Conditions:
a. Payments for invoices prepared by EE&G are due and payable upon receipt.
b. This Agreement may be terminated by either party hereto upon 15 days notice in writing to
the other party. Upon termination, EE&G shall prepare and submit a final invoice for
services rendered to the date of termination together with any termination expenses
incurred.
C. The parties hereto shall maintain in full force and effect comprehensive public liability
insurance with coverage limits which are reasonable in light of the work to be undertaken,
and workmen's compensation insurance as required by law.
d. Any drawings and specifications developed pursuant to this Agreement are instruments of
service, and as such the original documents, tracings, and field notes are and remain the
property of EE&G regardless of whether the work for which they were prepared is
executed.
Professional Service Agreement
EE&G Proposal No.:2026-2018.1
e. In the event that legal action is instituted to enforce any of the terms of this Agreement, the
party which does not prevail shall pay the legal expenses of the prevailing party, including
attorney's fees.
f. The parties hereto each binds itself, its successors, executors, administrators and assigns
to the other party to this Agreement and to the successors, executors, administrators and
assigns of such other party in respect of all covenants of this Agreement.
g. EE&G's liability for services to be rendered under this Agreement shall be limited to
$2,000,000 or the amount of EE&G's fee (whichever is greater), unless Client pays for the
assumption of additional liability by EE&G as a separate line item in Article 3,
Compensation.
h. If applicable, Client agrees that EE&G shall not be responsible for liability caused by the
presence or release of hazardous substances at the site. The Client will either make others
responsible for liabilities due to such conditions or will indemnify and save harmless EE&G
from such liability. The provisions of this Article (6,h) shall survive any termination of this
Agreement.
IN WITNESS WHEREOF, the parties hereto have caused the Agreement to be executed by their duly
authorized officers on the date first written above.
EE&G Construction & Restoration LLC. Client: Monroe County Public Works
SIGN: SIGN:
NAME: NAME:
TITLE: TITLE:
DATE: DATE: